Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Covid-19 Testing

  • First published: 31 March 2020
  • Last modified: 31 March 2020
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
HealthTrust Europe LLP (HTE) acting as agent for the University Hospitals of Coventry and Warwickshi
Authority ID:
AA79103
Publication date:
31 March 2020
Deadline date:
15 April 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The first lot will provide a comprehensive range of Covid-19 point of care testing rapid diagnostic testing products to include handheld devices, bench-top devices, connected and non-connected devices, as well as consumables, such as test strips and cassettes, and other products that can be properly described as point of care or near-patient testing for Covid-19.

Lot 1 (Covid-19 Point of Care Testing) will be four product groups:

1) Antibody Testing

2) Antigen Testing

3) IgM Testing

4) IgG Testing.

It is not a requirement for the Successful Tenderer(s) to provide product offerings in all product groups. The Successful Tenderer(s) must provide a product offering which meets the requirement of at least one of the product groups.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

HealthTrust Europe LLP (HTE) acting as agent for the University Hospitals of Coventry and Warwickshire NHS Trust (‘UHCW’)

19 George Road

Edgbaston, Birmingham

B15 1NU

UK

Telephone: +44 08458875000

E-mail: daniel.chapman@htepg.com

NUTS: UK

Internet address(es)

Main address: https://healthtrusteurope.bravosolution.co.uk

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://healthtrusteurope.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://healthtrusteurope.bravosolution.co.uk


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Covid-19 Testing

II.1.2) Main CPV code

85111800

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Health Trust Europe is seeking to establish a framework agreement for the supply of Covid-19 Testing equipment, consumables and related services. The framework will be structured into two lots. The first lot will provide a comprehensive range of Covid-19 point of care testing rapid diagnostic testing products to include handheld devices, bench-top devices, connected and non-connected devices, as well as consumables, such as test strips and cassettes, and other products that can be properly described as point of care or near-patient testing for Covid-19. The second lot will provide a comprehensive range of laboratory testing equipment, reagents, associated consumables and services for lab testing of Covid-19.

II.1.5) Estimated total value

Value excluding VAT: 5 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Covid-19 Point of Care Testing

II.2.2) Additional CPV code(s)

33696200

38911000

38912000

85111800

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The first lot will provide a comprehensive range of Covid-19 point of care testing rapid diagnostic testing products to include handheld devices, bench-top devices, connected and non-connected devices, as well as consumables, such as test strips and cassettes, and other products that can be properly described as point of care or near-patient testing for Covid-19.

Lot 1 (Covid-19 Point of Care Testing) will be four product groups:

1) Antibody Testing

2) Antigen Testing

3) IgM Testing

4) IgG Testing.

It is not a requirement for the Successful Tenderer(s) to provide product offerings in all product groups. The Successful Tenderer(s) must provide a product offering which meets the requirement of at least one of the product groups.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12

This contract is subject to renewal: Yes

Description of renewals:

Option to extend the contract for up to a maximum duration of 4 years.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Covid-19 Laboratory-Based Testing

II.2.2) Additional CPV code(s)

85111800

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The scope of this Lot shall include any equipment, reagents, associated consumables and associated services which are required to carry out Covid-19 testing within a laboratory setting. They use a range of sample types to carry out the tests, including blood, serum, urine and through the use of a swab. There is no limit to the methodology Tenderers can offer for testing within this Lot.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 5 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12

This contract is subject to renewal: Yes

Description of renewals:

This contract can be extended for up to a maximum duration of 4 years.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure - Accelerated procedure

Justification:

Due to Covid-19 global pandemic, urgent testing is required throughout healthcare facilities.

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 15/04/2020

Local time: 10:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 15/04/2020

Local time: 10:01

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

VI.3) Additional information

HTE is a central purchasing body who is able to carry out this tender exercise by virtue of its appointment as an agent of UHCW. Notwithstanding HTE’s relationship with UHCW, it is HTE conducting this tender exercise and will execute the resultant framework agreement with successful bidders. The bodies to whom the use of this framework agreement will be open include all contracting authorities in the UK as defined in Regulation 2 of the Public Contracts Regulations 2015 as may be updated from time to time. In particular, the following entities in the UK (particularly those of a health and/or social care nature) are envisaged as framework agreement users:

(1)All National Health Service (NHS) bodies in England, including but not limited to (i) acute trusts (as listed at: http://www.nhs.uk/servicedirectories/pages/acutetrustlisting.aspx); (ii) health and care trusts (as listed at: http://www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspx); (iii) mental health trusts (as listed at: http://www.nhs.uk/ServiceDirectories/Pages/MentalHealthTrustListing.aspx); (iv) clinical commissioning groups (as listed at: http://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx); (v) ambulance trusts (as listed at: http://www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspx); (vi) area teams (as listed at: http://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx); (vii) special health authorities (as listed at: http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx); (viii) NHS England; and (ix) clinical senates and strategic clinical networks. (2) All NHS bodies in Wales, including but not limited to all; (i) health boards; (ii) NHS trusts; (iii) the national delivery group; (iv) community health councils; and (v) NHS Wales shared services partnership (as listed at http://www.wales.nhs.uk/nhswalesaboutus/structure. (3) All NHS bodies in Northern Ireland (known as Health & Social Care), including but not limited to: (i) health and social care trusts (as listed at: http://online.hscni.net/?s=Trust); (ii)health agencies (as listed at: http://online.hscni.net/?s=health+agencies); (iii)hospitals (as listed at: http://online.hscni.net/?s=hospitals); (4) Other public bodies, and public corporations (as listed at: https://www.gov.uk/government/organisations). (5) Devolved governmental and parliamentary organisations within the UK, including but not limited to the Scottish Government, Scottish Parliament, and Scottish public bodies (as listed at: http://www.scotland.gov.uk/Topics/Government/public-bodies/about/Bodies), as well as the Welsh Government, Welsh Assembly and Welsh unitary authorities (as listed at: http://www.assembly.wales/en/abthome/role-of-assembly-how-it-works/Pages/governance-of-wales.aspx (6) The Ministry of Defence (as detailed at: https://www.gov.uk/government/organisations/ministryofdefence). Any private sector (i.e. all non-public sector) organisations operating in the United Kingdom and/or any country in the European Union which are of a health and/or social care nature who may also use this framework agreement, including HCA International Limited. This list includes each organisation’s successors and assigns, any equivalent organisations and associated organisation created due to any organisational changes. This framework agreement will be open to any bodies or organisations operating in the UK of a health, and/or social care nature or which have a similar procurement need, and/or any UK based central government authority listed at Annex of Directive 2014/24/EU, in respect of any goods or services to any of the above listed organisation.

Terms and Conditions/Activity Based Income (ABI).

These terms and conditions include provisions requiring the payment by the supplier of an activity based income management charge in consideration of the award of this contract and the management and administration by HTE of the overall contractual structure and associated documentation.

VI.4) Procedures for review

VI.4.1) Review body

HealtTrust Europe LLP

Legal Department, 19 George Road

Birmignham

B15 1NU

UK

VI.5) Date of dispatch of this notice

27/03/2020

Coding

Commodity categories

ID Title Parent category
38912000 Automated swab test kits Hygiene monitoring and testing equipment
33696200 Blood-testing reagents Reagents and contrast media
38911000 Manual swab test kits Hygiene monitoring and testing equipment
85111800 Pathology services Hospital services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
daniel.chapman@htepg.com
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.